Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 20, 2016 FBO #5476
SOURCES SOUGHT

58 -- MX Sensors Request for Information

Notice Date
11/18/2016
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W56KGY) Division C, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGY-15-D-0007
 
Archive Date
12/4/2016
 
Point of Contact
Bill Claybrook, Phone: 4438614770
 
E-Mail Address
william.d.claybrook.civ@mail.mil
(william.d.claybrook.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Product Manager Electro Optic Infrared Payloads (PdM EO/IR) Request for Information (RFI) This Request for Information (RFI) is for planning purposes only and shall not be considered as an Invitation for Bid, Request for Quotation, Request for Proposal or as an obligation on the part of the Government to acquire any products or services. Your response to this RFI will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. The Government reserves the right to reject, in whole or part, any contractor input resulting from this request. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Army in developing its acquisition strategy, Performance Work Statement, Statement of Objectives and/or Performance Based Specification(s). Parties responding to this RFI are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI. PdM EO/IR is conducting market research to ascertain if there are any changes in the market place for sustainment support to suite of EO/IR Sensors, specifically sensors provided by L-3 WESCAM and known as the MX series of sensor systems (MX-10, 15, 20 & 25) that have been previously integrated, qualified and tested on distinct Army platforms currently fielded and in support of units operating worldwide. The Government plans to award a ceiling increase to its existing sustainment support contract previously awarded to Canadian Commercial Corporation (CCC) on behalf of L-3 Wescam Inc (in accordance with Department of Defense Federal Acquisition Regulation Supplement (DFARS) 225.870-1(c)). That contract was not competed per authority Federal Acquisition Regulation (FAR) 6.302-1-Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements. The Government is not currently able to procure the rights to the technical data required to support the MX Sensor Systems. The work covered by the basic contract and the additional work to be obtained by the proposed ceiling increase is the same scope of efforts. The increase is due to three factors. First, there has been continued and in some cases increases in Other Contingency Operations (OCO) worldwide in which MX Sensor Systems are in direct support. Second, this action accounts for Operational Need Statements (ONS) and other urgent requirements for MX Sensors Systems or services in the FY16/17 timeframe in support of direct theater requirements where the Soldiers and/or field commanders identified specific MX Sensor requirements to meet the emergent threat. Lastly, a portion of this action will be providing sustainment support to increases in the number of MX Sensors entering the Army inventory as qualified second source sensor supporting an Army platform. This effort will include procurement of new MX sensors to supports ONS requests and sustainment support to these existing MX Sensors in the Army's inventory. Specifically the support includes; delivery of up to 10 replacement sensor systems per year to replace battle damaged units, upgrade/modification to address obsolescence and sustainment support to include repair parts, maintenance, special test equipment, field service representatives (FSRs) and Training. The Government is interested in approaches, facilities, resources, contractual relationships and other capabilities that may contribute to improved value to the Government (cost, schedule, and performance) in the sustainment of these existing series of sensor systems (MX-10, 15, 20 & 25). Vendors that respond to this RFI shall provide evidence that they can meet the following objectives related to production, modification, maintenance and sustainment support for the MX series of sensor systems. A. Sustainment of Small Size EO/IR Sensor (MX-10DR & MX-10D) for Tactical Unmanned Aerial Systems (TUAS) that meet the following Performance Objectives: Precision stabilized gimbal with inertial measurement unit (IMU) inside and auto video tracker (AVT). Integrated electronics unit, high-definition (HD) digital and analog video output. Multi Sensor Payload: 1. Thermal imager, medium wave infrared (MWIR), step or continuous zoom 2. HD color complimentary metal-oxide semiconductor (CMOS) imager, continuous zoom 3. Lowlight imager, employing electrical electron multiplying charge coupled device (EMCCD) technology, dual channel with HD color imager 4. CLIR (Combined Laser Illuminator / Range Finder) 5. MX-10D ONLY-MLD (Miniature Laser Designator) 6. Turret paint color: military grey (FED-STD-595C, Color Code 36375) 7. Weight: ≤ 50 pounds (lbs.) 8. Power: ≤ 30 volts direct current (Vdc), 4 amps (A) (average), ≤ 22A @ 2 milliseconds (mS) (peak) 9. Diameter: ≤ 11 inches B. Sustainment of Mid-Size EO/IR Sensor (MX-15HDi & MX-15DiD) for Manned Rotary and Fixed Wing Intelligence, Surveillance and Reconnaissance (ISR) platforms that meet the following Performance Objectives: Precision stabilized gimbal with IMU inside and AVT. Multi Sensor Payload - Heat Exchanger: 1. Thermal Imager MWIR with step or continuous zoom. 2. Daylight Zoom TV, color CMOS HD Sensor, Continuous zoom lens 3. Day/Night Spotter, Dual Day/Night Cameras behind Spotter Lens CMOS 4. Lowlight TV, EMCCD 5. Laser Range Finder, eye safe 6. Laser Illuminator, Narrow 7. MX-15DiD ONLY-Dual Wavelength Laser Designator & Range Finder 8. Turret paint color: military grey (FED-STD-595C, Color Code 36375) 9. Weight: ≤ 100 lbs. 10. Power: ≤ 30 Vdc, 10A (average), ≤ 33A @350mS (peak) 11. Diameter: ≤ 16 inches C. Sustainment of Large-Size EO/IR Sensor (MX-20HD & MX-20D) for Aerostats and Manned ISR Fixed Wing Platforms that meet the following Performance Objectives: Precision Stabilized gimbal with IMU and AVT. Multi Sensor Payload - Heat Exchanger 1. High Definition Infrared (HDIR), Thermal Imager step or continuous zoom 2. Daylight Continuous Zoom TV -Daylight TV 3. Day/Night Spotter, Dual Day/Night Cameras behind Spotter Lens, True HD-Daylight TV, CMOS HD Sensor 4. Lowlight TV, EMCCD 5. Laser Range Finder, eye safe 6. Laser Illuminator, Narrow 7. MX-20D ONLY-Dual Wavelength Laser Designator & Range Finder 8. Turret paint color: military grey (FED-STD-595C, Color Code 36375) 9. Weight: Turret ≤ 200 lbs., DMCU ≤ 20lbs. 10. Power: ≤ 30Vdc, 320W(average), ≤ 1000W for 5 seconds (peak) 11. Diameter: ≤ 22 inches D. Sustainment of Very Large-Size EO/IR Sensor (MX-25HD & MX-25D) for Aerostats that meet the following Performance Objectives: Precision Stabilized gimbal with IMU and AVT. Multi Sensor Payload - with Heat Exchanger 1. High Definition Infrared (HDIR), Thermal Imager step or continuous zoom 2. Daylight Continuous Zoom TV, Daylight TV, CMOS HD 3. Daylight and SWIR with Daylight TV, CMOS HD Sensor, Spotter lens, Dual Channel Type 4. Short Wave Infrared (SWIR) Sensor 5. Laser Illuminator, Narrow 6. MX-25D ONLY Dual Wavelength Laser Designator & Range Finder 7. Turret paint color: military grey (FED-STD-595C, Color Code 36375) 8. Weight: Turret ≤ 260 lbs., DMCU ≤ 20 lbs. 9. Power: a. Turret ≤ 30Vdc, 500W (average), ≤ 1100W for 5 seconds (peak) b. DMCU ≤ 30Vdc, 2.0A (average), ≤ 3A (peak) 10. Diameter: ≤ 26 inches E. Upgrade/Modification to Existing MX Series of Sensor Systems (MX-10, 15, 20 & 25) that meet the following Objectives: The contractor shall modify each class of existing MX Sensors (MX-10, -15, -20, and -25) to a standard baseline configuration(s) in order to achieve commonality within the existing fleet of MX sensor systems. The portion of the MX fleet that will need to be upgraded by June 2018 consists of 12 MX-15 systems and 2 MX-20 systems. Modifications would include converting Standard Definition sensors to High Definition sensors, inclusion of Laser Designator and image processing enhancement. All modifications require production testing performed by the contractor to verify performance. F. Maintenance and Sustainment Support of Existing MX-10/15/20/25 Sensors that meet the following Objectives: Depot level capabilities must include depot level or lower levels of diagnosis, repair, and functional/conformance testing that can address part failures during normal utilization of the sensors as well as non-standard repairs such as damage during shipment, crashes, aircraft hard landings or battle damage. Support capabilities must be tailorable to a range of system Operational Availability (Ao) levels that meet the threshold of 95%. Approaches must also address the ability to support an expanding fleet of MX-10/15/20/25 Sensors with multiple sensor or platform configurations in locations around the world. All material submitted in response to this RFI must be unclassified. Responses are due 14 calendar days from date of posting of this RFI. Interested parties possessing the capacity to deliver and sustain sensor system(s) that meet all performance capabilities outlined above are requested to provide a response in electronic format (Microsoft Office 2007 or higher Suite format) describing the approach to meet the objectives established above and should address the following items (It should be noted that the Government will accept responses from companies that can partially meet the performance capabilities, have a working agreement with L-3 Wescam, and/or have prior experience working with MX systems. Interested parties should differentiate between which capabilities they can and cannot meet): 1. Company Name, Contact Name, Position, Telephone, E-mail, Cage Code, Company URL. 2. Capabilities to produce systems with a low risk approach to meeting the performance objectives outlined above. The "Department of Defense Risk, Issue, and Opportunity Management Guide for Defense Acquisition Programs" dated June 2015 can be used for reference. Include lead time to first unit delivery and maximum production rate per month. Include information about the current level of environmental qualification and Electromagnetic Interference testing of the system being described. 3. Outline of supply chain considerations with emphasis on any known long lead items that may adversely impact sensor repairs in a deployed environment and strategies to overcome potential parts obsolescence problems. 4. Technical management approach including product and component designs, configuration management, and platform integration support provided, engineering change proposals, test data and integration between sensors and platforms. 5. Rough Order of Magnitude price estimates for each system that meets the performance objectives listed in A. through D. above, repair services (at each level), and spare components. Spare part components will be for a quantity of 1 MX-10 systems, 67 MX-15 systems, 160 MX-20 systems, and 4 MX-25 systems. 6. Corporate capabilities ( i.e., available facilities and assets to include existing production and repair facilities, quality management programs, manufacturing process controls and configuration management control systems). 7. Past and current relevant performance information. 8. The availability of the MX sensor Technical Data Package that would be used by the Government to produce and sustain the system(s). MIL-STD-31000A dated 26 February 2013 can be used for reference. 9. Confirmation that your company has the technical data package for the MX sensor systems or an equivalent EO/IR payload and if the technical data package is available for sale to the US Government. 10. The response should also address intermediate level repairs, depot level repairs, repair facility capacity and locations, repair turn-around times (RTAT) for standard/non-standard/planned maintenance and Mean Time between Failures (MTBF), the strategy for transportation, bench-stock, special tools and test equipment. RTAT for a basic intermediate repair will average 14 days or less. RTAT for a standard depot level repair will average 30 days or less. Send responses via email to MAJ Ryan Welch @ ryan.p.welch2.mil@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/35a0ca0cecd0fae6dce7b209d9bbdc5c)
 
Place of Performance
Address: Burlington, Ontario, Canada, Ft. Lauderdale, Florida, Canada
 
Record
SN04331973-W 20161120/161118234304-35a0ca0cecd0fae6dce7b209d9bbdc5c (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.